Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2010 FBO #3029
SOURCES SOUGHT

Y -- Construction of Three (3) New Single Hayman-Type Munitions Storage Igloos and a Covered Weapons Assembly Shelter at Whiteman Air Force Base, Missouri

Notice Date
3/9/2010
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-10-S-0309
 
Response Due
3/25/2010
 
Archive Date
5/24/2010
 
Point of Contact
Amanda Reyes, 816-389-3991
 
E-Mail Address
USACE District, Kansas City
(amanda.reyes1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a SOURCES SOUGHT NOTICE being conducted for Market Research ONLY. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of these documents. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Amanda.R.Reyes@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The Government proposes to issue a Firm Fixed price type contract for this project. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Particularly, the purpose of this NOTICE is to gain knowledge of potential sources for construction of three (3) New Single Hayman-Type munitions storage igloos and a covered weapons assembly shelter at Whiteman Air Force Base, Missouri. The estimated cost range, according to the FAR 36.204, is between $5,000,000 to $10,000,000. The NAICS Code is 237990, under the index title Missile Facility Construction. The size standard for this NAICS code is $33.5 million, and the Federal Supply Code is Y171, Ammunition Storage Building. The maximum duration of the project is estimated at 365 calendar days from the Notice to Proceed. Limitation of Subcontracting Requirements: If a Small Business - Under Federal Acquisition Regulation (FAR) 52.219-14 guidelines, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. If NOT a Small Business - Under FAR 52.236-1 the contractor shall perform on the site, and with its own organization work equivalent to at least 20% of the total amount of work to be performed under the contract. SCOPE OF WORK This project is to construct of three (3) Haymen-type munitions storage igloos (765 SM = 8,231 SF) and a covered weapons assembly shelter (297 SM = 3,196 SF) consisting of reinforced concrete footings and floor slab, reinforced concrete walls and roof, earth overburden, concrete retaining walls, blast resistant doors, utilities, site improvements, demolition of one facility, earthwork, drainage, concrete apron, concrete access lane, lighting, lightning protection, security features, alarms, fencing, seeding, and all other necessary support. Weapon assembly shelter is pre-engineered steel with steel roof.. The munitions assembly area is needed to protect the Massive Ordinance Penetrator (MOP), crews and equipment from direct exposure to the elements as well as hinder any unwanted surveillance of operations. It requires an overhead bridge hoist, maintenance area lighting, an air compressor and regulated outlets for pneumatic tools, a 400 Hz power inverter system, 120 and 240 VAC outlets, and grounding points. This project will comply with antiterrorism/force protection requirements identified in DoD Unified Facilities Criteria. The maximum period of performance for completion of construction and final cleanup is 365 calendar days from Notice to Proceed. ADDITIONAL PROJECT REQUIREMENTS 1. Prior experience in the following areas is required: - Construction work dealing with like or similar projects as mentioned in the above Scope of Work - Construction of Haymen-type storage structures - Working in high security restricted areas and ability to obtain access. - Construction that involved to meet explosive safety standards - Whole building renovations/construction that include complete replacement/upgrades of electrical, mechanical, fire alarms, architectural, security and structural systems. - Show evidence of meeting or exceeding period of performance time frame. 2. Offerors must provide past experience for evaluation. New and successor firms can submit recent and relevant experience gained with predecessor companies or that of company principals and key personnel. 3. Prior Government contract work is NOT required for submitting a response under this sources sought synopsis. 4. All technical evaluation factors and sub factors have not been assigned at this time. HOW TO RESPOND TO THIS SOURCES SOUGHT NOTICE IF YOUR COMPANY HAS RECENT EXPERIENCE WITH PROJECTS THAT ARE SIMILAR IN THE ATTACHED SCOPE, PLEASE PROVIDE THE FOLLOWING INFORMATION BY E-MAIL or mail TO: Amanda.R.Reyes@usace.army.mil BY 2:00 pm Central Standard Time (CST) Wednesday 17 March 2010. MAILING ADDRESS: U.S. Army Engineer District, Kansas City Federal Building Room 647 ATTN: CENWK-CT-NWK-M/ Amanda Reyes 601 E. 12th Street Kansas City, Missouri 64106-2896 1. This project is time critical. Please provide evidence and examples of meeting or exceeding the prescribed period of performance. Maximum length of narrative should not exceed five (5) pages. 2. Describe working in high security restricted areas by your company as a prime Contractor or as a significant subcontractor. Please list the types of high security access and/or instances were you were permitted to work in high security restricted areas particularly for the Department of Defense. Maximum length or narrative should not exceed three (3) examples and not to exceed ten (5) pages in length. 3. Description of each similar project (e.g. approximately equal value, meeting explosive safety standards, or working with Air Force large munitions storage facilities) completed by your company as a prime Contractor within the past three (3) years, including as much of the following information as possible: (a) dollar amount of the contract; (b) brief description of the technical requirements of that project; (c) contract type used on that project (e.g., firm-fixed-price, labor-hour, time-and-materials, cost-plus-fixed-fee, cost-plus-award-fee, cost-plus-incentive-fee, etc.); (d) indication of how long the services took to complete from start to finish; (e) name, address, point of contact and phone number of customer organization and prime contractor, if applicable, for which the work was done. Maximum length of narrative should not exceed five (5) examples and not to exceed ten (10) pages in length. 4. Current socioeconomic status of your company as it relates to (NAICS) Code 237990. 5. Indication of whether your company currently has an active registration in the Central Contractor Registration at www.ccr.gov. 6. Indication of whether your company can obtain performance and payment bonds in the penal sum of 100% of the contract price for this magnitude of project. PLEASE DIRECT ALL QUESTIONS REGARDING THIS NOTICE via EMAIL TO Amanda.R.Reyes@usace.army.mil. TELEPHONE REQUESTS WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-10-S-0309/listing.html)
 
Place of Performance
Address: USACE District, Kansas City - ATTN: Resident Office, 930 Arnold Ave. Bldg 705 Whiteman AFB MO
Zip Code: 65305
 
Record
SN02086503-W 20100311/100309234529-1afeb2c6f34b84322b3a8d637acca698 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.